Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2009 FBO #2671
SOLICITATION NOTICE

66 -- Kilohertz repetition-rate Titanium-doped sapphire femtosecond Laser system

Notice Date
3/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
 
ZIP Code
20375
 
Solicitation Number
n00173-09-R-DB03
 
Archive Date
3/18/2010
 
Point of Contact
Daniel F Brinkworth,, Phone: 202-767-6746
 
E-Mail Address
dan.brinkworth@nrl.navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation, N00173-09-R-DB03 {fill in is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-30 {fill in} and DFARS Change Notice 20090115. {fill in The associated small business size standard is 500. {fill in NRL has a requirement for a CLIN 0001: (Qty 1. Ea) a Kilohertz repetition-rate Titanium-doped sapphire femtosecond Laser system (KTFL). Specifications and required features of the KTFL are as follows: center wavelength = 800 nanometers (nm); repetition rate = 1 kilohertz (kHz); minimum nanosecond pre-pulse contrast ratio = 1000:1; maximum pulse duration = 40 femtoseconds; maximum beam quality parameter, M-squared = 1.5; minimum pulse energy at 1 kHz repetition rate = 6 millijoules (mJ); maximum rms energy variation at 800 nm = 0.75 percent over 8 hours; maximum rms third harmonic energy variation = 0.5 percent over 4 hours; amplifier stages shall include a non-cryogenically-cooled,regenerative amplifier, plus one single-pass amplifier; the system shall be upgradeable to 12 mJ with the addition of a non-cryogenically-cooled modular amplifier stage; all pump lasers shall be diode-pumped or diode-based (flashlamp-pumped pump lasers are specifically excluded); the oscillator shall have a maximum power fluctuation of 0.5 percent between 10 Hertz and 10 megahertz, and shall be temperature-stabilized for long-term stability; the oscillator and its pump laser shall be integrated in a single enclosure less than 1.2 cubic feet in volume; the entire system must be able to fit onto a 5 foot by 6 foot breadboard; the oscillator, regenerative amplifier, single-pass amplifier, and all pump lasers shall be manufactured by a single vendor; laser installation, including testing and verification of specified performance, should be provided as part of delivery; on-site service must be available throughout expected operational lifetime of system (at least ten years); the oscillator shall be covered by a minimum warranty period of two years; the amplifier stages and pump lasers shall be covered for a minimum warranty period of one year. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 45 {fill in} days from date of award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. {include any addenda to this provision here, if needed} The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: (1) Technical capability of the item offered, (2) Price, and (3) Past performance. Technical capability of the item offered and past performance, when combined, are more important than price. Offeror must complete the following electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. In accordance with paragraph (j) of FAR 52.212-3 if changes to the ORCA annual representations and certifications apply to this acquisition, the offeror must clearly identify the applicable paragraphs at (b) through (i) which the offeror has completed for the purpose of this solicitation only. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-6, 52.203-13, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36 52.222-37 52.222-39, 52.222-50, 52.232-33 choose those that apply and include clause by number. The DFARS clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.225-7012, 252.225-7021, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023, 252.247-7024 add the addtl clauses which apply by number.The following additional FAR and DFARS clauses apply: 52.204-7 Central Contractor Registration; DFARS 252.204-7004 Alternate A.; DFARS 252.211-7003 fill in none in (c)(1)(ii) and (c)(1)(iii). and DFARS 252-211-7007 fill in none The following additional FAR clause applies: 52.215-5. Facsimile proposals are authorized and may be forwarded to the contract specialist at (202) 767-6197 {FILL IN} In addition, proposals may be transmitted by e-mail to Dan.Brinkworth {FILL IN} @nrl.navy.mil in either Microsoft Word or pdf format. If facsimile proposals are authorized, contracting officers may request offeror(s) to provide the complete; original signed proposal at a later date. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions concerning the RFP no later than 5 insert reasonable amount of time business days before the response date of this solicitation. An original and 2 insert# copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=90f4eebeeed72981321fa618b162ad36&tab=core&_cview=1)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN01772473-W 20090320/090318220928-90f4eebeeed72981321fa618b162ad36 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.